Loading...
HomeMy WebLinkAboutLaForce Exterior Door Replacements at Water Distribution Center & Lift Stations city ORIGINAL of Oshkosh i3442_ CONTRACTOR AGREEMENT: EXTERIOR DOOR REPLACEMENTS AT WATER DISTRIBUTION CENTER AND VARIOUS LIFT STATIONS F EWATER DISTRIBUTION AND WASTEWATER CITY OF OSHKOSH THIS AGREEMENT, made on the 28th day of FEBRUARY, 2019, by and between the CITY OF OSHKOSH,party of the first part,hereinafter referred to as CITY,and LAFORCE,INC.,1060 W.MASON STREET, GREEN BAY,WI 54903,hereinafter referred to as the CONTRACTOR, WITNESSETH: That the City and the Contractor,for the consideration hereinafter named,enter into the following agreement. The Contractor's proposal is attached hereto and reflects the agreement of the parties except where it conflicts with this agreement,in which case this agreement shall prevail. ARTICLE I. COMPONENT PARTS OF THE CONTRACT This contract consists of the following component parts, all of which are as fully a part of this contract as if herein set out verbatim, or if not attached, as if hereto attached: 1. This Instrument 2. Proposal Solicitation 3. Contractor's Proposal In the event that any provision in any of the above component parts of this contract conflicts with any provision in any other of the component parts, the provision in the component part first enumerated above shall govern over any other component part which follows it numerically except as may be otherwise specifically stated. ARTICLE II. PROJECT MANAGER A. Assignment of Project Manager. The Contractor shall assign the following individual to manage the project described in this contract: (To be determined) B. Changes in Project Manager. The City shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager.The City shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. City Hall,215 Church Avenue P.O.Box 1130 Oshkosh,WI 54903-1130 http://www.ci.oshkosh.wi.us ARTICLE III. CITY REPRESENTATIVE The City shall assign the following individual to manage the project described in this contract: (Pete Gullbronson, Environmental Compliance Manager,Department of Public Works- Water Filtration) ARTICLE IV. SCOPE OF WORK The Contractor shall provide the services described in the City's INVITATION FOR BID for the Project titled "EXTERIOR DOOR REPLACEMENTS: WATER DISTRIBUTION CENTER & LIFT STATIONS" dated February 1, 2019, and the contractor's bid form and materials attached as Exhibit A. If anything in the Bid Form conflicts with the Bid Specifications, the provisions in the Bid Specifications shall govern. The Contractor may provide additional products and/or services if such products/services are requested in writing by the Authorized Representative of the City. ARTICLE V. CITY RESPONSIBLITIES The City shall furnish, at the Contractor's request, such information as is needed by the Contractor to aid in the progress of the project, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the Contractor's work the City will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE VI. TIME OF COMPLETION The work to be performed under this contract shall be completed by no later than November 1, 2019. Any changes to this completion date must be agreed upon by both parties in writing. ARTICLE VII. PAYMENT A. The Contract Sum. The City shall pay to the Contractor for the performance of the contract the sum of$34,420.00 adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto. Fee schedules shall be firm for the duration of this Agreement. B. Method of Payment. The Contractor shall submit itemized monthly statements for services. The City shall pay the Contractor within 30 calendar days after receipt of such statement. If any • statement amount is disputed, the City may withhold payment of such amount and shall provide to Contractor a statement as to the reason(s) for withholding payment. C. Additional Costs. Costs for additional services shall be negotiated and set forth in a written amendment to this agreement executed by both parties prior to proceeding with the work covered under the subject amendment. ARTICLE VIII. CON I I ACTOR TO HOLD CITY HARMLESS The Contractor covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims and demands of any kind or character whatsoever which may in any way be caused by or result from the intentional or negligent acts of the Contractor,his agents or assigns,his employees or his subcontractors related however remotely to the performance of this Contract or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the City all sums including court costs, attorney fees and punitive damages which the City may be obliged or ad- judged to pay on any such claims or demands within thirty (30) days of the date of the City's written demand for indemnification or refund. ARTICLE IX. INSURANCE The Contractor shall provide insurance for this project that includes the City of Oshkosh as an additional insured. The contractor's certificate of insurance for this project is attached as Exhibit B. ARTICLE X. TERMINATION A. For Cause. If the Contractor shall fail to fulfill in timely and proper manner any of the obligations under this Agreement,the City shall have the right to terminate this Agreement by written notice to the Contractor. In this event, the Contractor shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The City may terminate this contract at any time by giving written notice to the Contractor no later than 10 calendar days before the termination date. If the City terminates under this paragraph, then the Contractor shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the Agreement and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this Agreement. In the Presence of: CONTRACTOR/� 4t(13' 13y4exiMA:t titi 4c ".A tr k (Seal of Contractor (Specify Title) if a Corporation.) CFO (Specify Title) CITY 0 •SHKOSH By: /.� 04.rj,,i(77f • - Mark Ai ohloff, City M. ( tress) _ 0 b),(./ 4k::,..... And: 11J--at3 -)' 1 ditness) Pamela R.Ubrig, City Clerk • APPROVED: I hereby certify that the necess- ary provisions have been made to pay the liability which will accrue under this contract. ttorney 5v)no, 30o,r)v\ City Comptroller Tr A EXTERIOR DOOR REPLACEMENTS: WDC&LIFT STATIONS BID PROPOSAL FORM Page 1of3 From: LaForce Inc (bidder's company name) BID PROPOSAL DEADLINE: FEBRUARY 19,2019 Q 10:00 A.M. Date: 2/19/19 WORK UNIT A WATER DISTRIBUTION CENTER BID DESCRIPTION UNIT EST. BID UNIT PRICE ITEM QTY 1 Furnish all labor,equipment,and materials to perform work for WDC Door#1,located in the Lump main office,complete as specified Sum 1 $ 3,015.00 2 Furnish all labor,equipment,and materials to perform work for WDC Door#2,located in the Lump front shop on the east wall,complete as specified Sum 1 $ 2,900.00 3 Furnish all labor,equipment,and materials to perform work for WDC Door#3,located on the front shop on the west wall,complete as Lump specified Sum 1 $ 2,900.00 4 Furnish all labor,equipment,and materials to perform work for WDC Door#4,located in the rear shop(vehicle storage)on the east wall, Lump complete as specified Sum 1 $ 2,900.00 5 Furnish all labor,equipment,and materials to perform work for WDC Door#5,located in the rear shop(vehicle storage)on the west wall, Lump complete as specified Sum 1 $ 2,900.00 GRAND TOTAL OF WORK UNIT A(ITEMS 1-5) $ 14,615.00 32 EXTERIOR DOOR REPLACEMENTS: WDC&LIFT STATIONS BID PROPOSAL FORM Page 2 of 3 WORK UNIT B VARIOUS LIFT STATIONS BID DESCRIPTION UNIT EST. BID UNIT PRICE ITEM QTY 1 Furnish all labor,equipment, and materials to perform work for WWTP Door#1,located at the Lump 28th Avenue Lift Station, complete as specified Sum 1 $ 1,965.00 2 Furnish all labor, equipment,and materials to perform work for WWTP Door#2,located at the Lump Bowen Street Lift Station, complete as specified Sum 1 $ 480.00 3 Furnish all labor, equipment, and materials to perform work for WWTP Door#3,located at the Broad Street Lift Station in the Headworks Lump Room, complete as specified Sum 1 $ 1,300.00 4 Furnish all labor, equipment,and materials to perform work for WWTP Door#4,located at the Broad Street Lift Station,exterior door, complete Lump as specified Sum 1 $ 2,385.00 6 Furnish all labor, equipment, and materials to perform work for WWTP Door#6,located at the South Main Street Lift Station, complete as Lump specified Sum 1 $ 5,550.00 7 Furnish all labor,equipment,and materials to perform work for WWTP Door#7,located at the Lump North Lift Station,complete as specified Sum 1 $ 3,925.00 8 Furnish all labor, equipment,and materials to perform work For WWTP Door#8,located at the WWTP Main Building,DAFT doors, complete Lump as specified Sum 1 $ 4,200.00 GRAND TOTAL OF WORK UNIT B (ITEMS 1-4,6-8) 19,805.00 GRAND TOTAL OF WORK UNIT A &WORK UNIT B $ 34,420.00 33 EXTERIOR DOOR REPLACEMENTS: WDC &LIFT STATIONS BID PROPOSAL FORM Page 3 of 3 Addenda: Receipt of Addenda numbered N/A of N/A are hereby understood, acknowledged and included in bidder's bid proposal form. If no addenda were issued for this project please write "N/A" above. In compliance with the advertising for Bids and having carefully examined the drawings and specification for the Work and the Site of the proposed work and having determined all of the conditions of the work,the rules,regulations,laws,codes,ordinances, and other governing circumstances relating to this project, the undersigned proposes to furnish all Labor, Materials and Equipment necessary to complete the construction indicated on the drawings and described in the project manual to include all described work completed to the Owners' satisfaction. By Submission of this Bid, each Bidder certifies, and in the case of a joint Bid,each party thereto certifies as to its own organization,that this Bid has been arrived at independently without consultation, communication, or agreement as to a matter relating to this Bid and with any other Bidder or with any competitor. We, the undersigned, propose to furnish all labor and materials per the project specifications or noted deviations for the following amount(s): SIGNATURES Date: 2/19/19 Name of Company: LaForce Inc Submitted by (Name/Title): Kayle Makurat - Business Products Consultant Email: KMakurat@laforceinc.com Address of Company: 1060 W. Mason St, Green Bay, WI 54303 Phone: (0) 920-490-2202, (C) 920-615-9255 That I have examined and carefully prepared this Proposal from the Plans and Specifications and have checked the same in detail before submitting this Proposal;that I have full authority to make such statements and submit this Proposal in(its) (their)behalf, and that said statements are true and correct. Signature: Title: Business Products Consultant 34 et WISCONSIN SOCIETY OF ARCHITECTS \` to,IJ4 t d THE AMERICAN INSTITUTE OF ARCHITECTS „,,Now WIS. AIA DOCUMENT 6 JULY 1980 ED. WIS. A312 o• PUBLIC IMPROVEMENT PERFORMANCEILABOR AND MATERIAL 3 PAYMENT BOND THIS BOND IS TO BE USED ON PUBLIC IMPROVEMENT CONTRACTS PURSUANT TO SECTION 779.14 WISCONSIN STATUTES. Bond No.354223074 3 KNOW ALL MEN BY THESE PRESENTS: that (Here insert name and address or legal title of the Contractor, referred to in Sec.779.14 Wisconsin Statutes as the prime contractor) LA FORCE, INC. 1060 West Mason Street Green Bay WI 54303 as Principal, hereinafter called Principal, and, (Here insert the legal title and address of Surety) LIBERTY MUTUAL INSURANCE COMPANY 175 Berkeley Street Boston MA 02116 duly authorized and licensed to do business in the State of Wisconsin, as Surety, hereinafter called Surety, are held and firmly bound unto (Name and address or legal title of Owner) CITY OF OSHKOSH 215 Church Avenue Oshkosh WI 54903-1130 as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinafter provided in the amount of Thirty Four Thousand Four Hundred Twenty and 00/100Dollats ($ 34,420.00 ), (Here insert a sum at least equal to the contract pace) for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, suc- cessors and assigns, jointly and severally, firmly by these presents. WHEREAS, LA FORCE, INC. Principal has by written agreement dated 2/28/2019 , entered into a contract with Owner for Exterior Door Replacements at Water Distribution Center and Various Lift Stations Forwater Distribution and Wastewater,Oshkosh,WI in accordance with drawings and specifications prepared by (Here insert full name, title amid address) which contract is by reference made a part hereof and is required by Section 779.14, Wisconsin Statutes, s_ The said written agreement, drawings, specifications and amendments are hereinafter referred to as the Contract. to PUBLIC IMPROVEMENT PERFORMANCE/LABOR-MATERIAL BOND TWO PAGES m WIS.AlA DOC.WIS.A3I2AUGUST. 1989ED. PAGE I rn Copr. 1969 Wisconsin Society of Architects/AIA 321 S.Hamilton St. Madison,Wis.53703 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION, as required by Section 779.14, Wisconsin Statutes, is such that, if the'Principal shall faithfully perform the said contract and pay every person entitled thereto for all the claims for labor performed and materials furnished under the Contract, to be used or consumed in making the public improvement or performing the public work as provided in the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 1) No assignment, modification or change of the Principal and the Surety upon this bond for the Contract, or change in the work covered thereby, or recovery of any damages he may have sustained by any extension of time for the completion of the Con- reason of the failure of the Principal to comply with tract shall release the sureties on the bond. the Contract or with the Contract between the Prin- cipal and his subcontractors. If the amount realized 2) Not later than one year after the completion of on this bond is insufficient to satisfy all claims of work under the Contract, any party in interest may the parties in full, it shall be distributed among the maintain an action in his own name against the parties pro rata. Signed and sealed this 12th day of March , 2019 IN THE PRESENCE OF: LA FORCE, INC. �A Principal N1� - By: (Seal) Witness nth: ViCt, 40-41/4" LIBERTY MUTUAL INSURANCE COMPANY K-12.3 �/,�� Name of Surety Br: f �"�/�� /C . (Seel) taea .; Roxanne Jensen Attorney-in-Fact APPROVED BY* iN THE PRESENCE OF: Owner By: (Seal) Witoem ram: *This bond shall be approved in the case of the state by the state official authorized to enter into such con- tract, of a county by its district attorney, of a city by its mayor, of a village by its president, of a town by its chairman, of a school district by the director or president and of any other public board or body by the presiding officer thereof. PUBLIC IMPROVEMENT PERFORMANCE/LABOR-MATERIAL BOND TWO PAGES WIS.AIA DOC.WIS.A312 AUGUST 1989 ED. PAGE 2 I , _ This Power of Attorney limits the acts of those named herein,and they have no authority to ow bind the Company except in the manner and to the extent herein stated. . 0 LibertyVA Liberty Mutual Insurance Company Io ` Mutual. The Ohio Casualty Insurance Company Certificate No:8196827-354019 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Kelly Cody; Christopher I1ovden;Roxanne Jensen;Christopher H.Kondrick;Brian I..Krause;Trudy A.Szalewski all of the city of Green Bay state of WI each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 12th day of September , 2018 . Liberty Mutual Insurance Company %NSU ,SY INSV d 1NSU�p The Ohio Casualty Insurance Company J••,g.Por��yn yJ cou,op,f Qg„ 0. �oaPok4 4� West American Insurance Company a 3 Fotr Q3 % n Q $ Fo tc+ ca 1912 0 0 1919 1991 o co ci co NAMp`+tO,ab YS NDIANP' da / •C 72:71.4,,,- a) N 9j7 *u A.a �yl * lev dtt * te% By: / c c — David M.Carey.Assistant Secretary @ State of PENNSYLVANIA > .a '3 County of MONTGOMERY ss ea 92rn U a> On this 12th day of September 2018 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o O 2 Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes=l- a� > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 0 w a a) > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. c tz --O `p OM co O N (zcEI ) 4CCOMMONWEALTH OF PENNSYLVANIA 5B Y:TPaste ,Notary Publicas cti adasv mb Meer,Pennsylvania Association of Notaries CL o CDN tl1O (6 O ,m This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 4-C p.0 Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o ai a ARTICLE IV—OFFICERS:Section 12.Power of Attorney. '�. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the m JD 72 > President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >O To c N any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall , have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed,such '"e? Z• '5 instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the_.PI) provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. co o , ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. o, Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, I— shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as it signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. �� IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this J(�, day of /,,Y KI (-� i r l q �Y V INSU v0 INSU d 1NSUR,9 �.),,..po,,�'IC+ oi`v--0,t+DR,r qy 4P oD,,,"jr�Je+ J : Fo to - 3 Fo n 3 o en i��• / 1912 0 1919 1991 o rMefv�,�.uy� By: d4 *Acrit14 as Z°�NA MP���aaO v,4 NDImo. Aa Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIL Multi Co_062018